RFP Ref No.: CERSAI/RFP/2016-121 Dt. 27-07-2016
SELECTION OF CONSULTANTS
Request for Proposals (RFP)
SELECTION OF CONSULTANT
CONSULTANCY SERVICES TO CERSAI
FOR
SELECTING A SERVICE PROVIDER TO
IMPLEMENT AND MANAGE THE CENTRAL
REGISTRY IT SYSTEM
Central Registry of Securitisation Asset
Reconstruction and Security Interest of India
(CERSAI)
RFP –CERSAI IT Consultant
Confidential Property of CERSAI Page 2 of 46
Contents
Section 1: Letter of Invitation ....................................................................................................3
Section 2: Instructions to Consultants........................................................................................4
PART I: Standard Terms and Conditions ...........................................................................4
PART II: Data Sheet .........................................................................................................15
Section 3: Technical Proposal - Standard Forms .....................................................................18
Section 4: Financial Proposal - Standard Forms ......................................................................29
Section 5: Terms of Reference .................................................................................................35
1. Introduction ..................................................................................................................35
2. Background of CERSAI IT System .............................................................................35
3. Increasing the scope of CERSAI .................................................................................37
4. Scope of Work for Consultant .....................................................................................37
5. Timelines and Payment Schedule for Deliverables .....................................................43
6. Key Consulting Resources ...........................................................................................44
RFP –CERSAI IT Consultant
Confidential Property of CERSAI Page 3 of 46
Section 1: Letter of Invitation
Central Registry of Securitisation Asset Reconstruction and Security Interest of India
(CERSAI)
2nd Floor, Rear Block,
Jeevan Vihar Building,
3, Parliament Street,
New Delhi 110001
27-07-2016
Dear Bidder
1. The Central Registry of Securitisation Asset Reconstruction and Security Interest of
India (CERSAI) invites proposals from shortlisted consulting organizations
empaneled by the National e-Governance Division (NeGD), Department of
Electronics and Information Technology, Government of India, to provide
consultancy services for selecting a service provider to implement and manage the
Central Registry IT system, established under the Securitisation and Reconstruction of
Financial Assets and Enforcement of Security Interest Act, 2002.
2. More details on the scope of work and services expected from the consultant are
provided in the Section 5: Terms of Reference, of this Request for Proposals (RFP)
document.
3. A consultant will be selected in accordance with the selection procedure described in
this RFP.
4. The RFP includes the following documents:
Section 1 - Letter of Invitation
Section 2 - Information to Consultants
Section 3 - Technical Proposal - Standard Forms
Section 4 - Financial Proposal - Standard Forms
Section 5 - Terms of Reference
Yours sincerely,
S/d Chief Operating Officer,
CERSAI, New Delhi
RFP –CERSAI IT Consultant
Confidential Property of CERSAI Page 4 of 46
Section 2: Instructions to Consultants
PART I: Standard Terms and Conditions
Definitions (a) “Assignment/ Project” means the consultancy services to be
provided to CERSAI for selection of service provider to
implement and manage the Central Registry IT System and
includes the Services to be performed by the Consultant pursuant
to the Contract.
(b) “Bidder” means applicant(s) who submit a Proposal pursuant to
the RFP.
(c) “Central Government” means Government of India.
(d) “Central Registry” means the Central Registry setup pursuant to
Section 20 of The Securitisation and Reconstruction of Financial
Assets and Enforcement of Security Interest Act (SARFAESI
Act),2002 for registering transactions of securitization and asset
reconstruction of financial assets and creation of security
interests, in electronic form or otherwise, with complete
application software, IT infrastructure, data centre as well as the
disaster recovery centre facilities and as amended from time to
time
(e) “CERSAI” means the Central Registry of Securitisation Asset
Reconstruction and Security Interest of India, a company
registered under the Companies Act that is maintaining and
operating and acting as the Central Registry.
(f) “Companies Act” shall mean the (Indian) Companies Act, 1956
and the Companies Act, 2013 and any statutory modification or
re-enactment thereof for the time being in force. Any reference to
specific sections of the Companies Act, 1956 in this RFP and the
Contract shall be deemed to refer, mutatis mutandis, to the
corresponding Sections of the Companies Act 2013, as
applicable.
(g) “Company” means a company incorporated under the provisions
of the Indian Companies Act, 2013 or its predecessor statute
Companies Act, 1956.
(h) “Consultant” means a Person that is selected to provide the
Services to CERSAI.
(i) “Contract” means a legally binding written agreement signed
between CERSAI and Consultant and includes all the attached
documents listed in its Clause 1 including but not limited to the
General Conditions (GC), the Special Conditions (SC), and the
RFP –CERSAI IT Consultant
Confidential Property of CERSAI Page 5 of 46
Appendices.
(j) “Data Sheet” means an integral part of the Instructions to
Consultants (ITC) used to reflect specific assignment conditions
to supplement, but not to over-write, the provisions of the ITC
(k) “Instructions to Consultants” (Section 2 of the RFP) means the
document that provides interested Bidders with all information
needed to prepare their Proposals.
(l) “Person” or “Persons” mean a legal or natural person or a group
thereof.
(m) “Personnel” means professionals, experts and support staff to be
assigned by the Consultant to perform the Services or any part
thereof.
(n) “Proposal” means the Technical Proposal and the Financial
Proposal.
(o) “RFP” means the Request for Proposal prepared by CERSAI for
the selection of Consultants.
(p) “Services” means the work to be performed by the Consultant
including as mentioned in the Terms of Reference pursuant to the
Contract.
(q) “Terms of Reference” (TOR) means the document included in the
RFP as Section 5 which explains the objectives, scope of work,
activities, tasks to be performed, respective responsibilities of
CERSAI and the Consultant, and expected results and
deliverables by the Consultant.
(r) “IT Systems” means all application software, middleware, system
software, database, servers, networking, security, storage, and
other IT devices or software that are necessary for CERSAI to
fulfil the roles and responsibilities assigned to it under the
SARFAESI Act.
1. Introduction
1.1 CERSAI will select the Consultant in accordance with the
method of selection specified in the Data Sheet.
1.2 The name of the Assignment has been mentioned in Part II
Data Sheet, and includes the services to be performed by the
consultant pursuant to this contract. Detailed scope of the work
under the Assignment has been described in the Terms of
Reference in Section 5.
1.3 Tata Consultancy Services (TCS) is the current vendor to
CERSAI for the Central Registry IT system. The key
RFP –CERSAI IT Consultant
Confidential Property of CERSAI Page 6 of 46
deliverable of the consultant will be selection of a IT Service
Provider and smooth transition from existing system to new
system.
1.4 The date, time and address for submission of the Proposal has
been given in Part II Data Sheet.
1.5 Shortlisted Bidders empanelled by the National E-Governance
Division (NEGD), Department of Electronics and Information
Technology, Government of India, are invited to submit a
Proposal, for providing consulting services required for the
Assignment named in the RFP, Terms of Reference and Data
Sheet. The Proposal, Technical Presentation, and any other
clarifications provided by the Bidder along with the Terms of
Reference provided in the RFP will be the basis for contract
negotiations and ultimately for a signed Contract with the
selected Consultant.
1.6 Consultants should familiarize themselves with current
operations of the Central Registry and take them into account
in preparing their Proposal. To obtain first-hand information on
the assignment, interested Bidders are encouraged to visit the
offices of CERSAI and few banks before submitting a
proposal.
1.7 The Bidders shall bear all costs associated with the preparation
and submission of their Proposal and contract negotiation.
CERSAI is not bound to accept any Proposal, and reserves the
right to annul the selection process at any time prior to
Contract award, without assigning any reason or incurring any
liability of any kind whatsoever to CERSAI or the Central
Registry.
Conflict of
Interest &
Monopolistic
Practice
1.8 CERSAI requires that the Consultant shall, while delivering
the Services, provide professional, objective, and impartial
advice at all times holding CERSAI and Central Registry’s
interests paramount, strictly avoiding any conflicts of
interest or any monopolistic practice, free of any ulterior or
vested interest.
Conflicting
Relationships
1.8.1. A Bidder (including its Personnel) that has a business or
family relationship with a member of CERSAI’s staff
who is directly or indirectly involved in any part of (a)
the preparation of the Terms of Reference of the
Assignment, (b) the selection process for such
Assignment, or (c) supervision of the Contract, may
not be awarded the Contract, unless the conflict
stemming from this relationship has been resolved in a
manner acceptable to CERSAI throughout the
selection process and the execution of the Contract.
The Bidders are expected to make a disclosure of the
RFP –CERSAI IT Consultant
Confidential Property of CERSAI Page 7 of 46
Conflicting Relationship in their proposal.
1.8.2 Bidders have an obligation to disclose any situation of
actual or potential conflict that impacts their capacity
to serve the best interest of CERSAI, or that may
reasonably be perceived as having this effect. Failure
to disclose said situations may lead to the
disqualification of the Bidder or the termination of its
Contract, if awarded.
Fraud and
Corruption
1.9 It is required that Bidders participating in the Assignment
adhere to the highest ethical standards during the selection
process and should not indulge in practices set forth as
under:.
(a) For the purpose of this paragraph, the terms set forth
below as follows:
(i) “corrupt practice” means (i) the offering,
giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence
the actions of any person connected with the
negotiation process (for avoidance of doubt,
offering of employment to or employing or
engaging in any manner whatsoever, directly
or indirectly, any official of CERSAI who is
or has been associated or dealt in any
manner, directly or indirectly with the
negotiation process or has dealt with matters
concerning the RFP or arising there from,
before or after the execution thereof, at any
time prior to the expiry of one year from the
date such official resigns or retires from or
otherwise ceases to be in the service of
CERSAI, shall be deemed to constitute
influencing the actions of a person connected
with the negotiation process); or (ii) engaging
in any manner whatsoever, during the
negotiation process, any person in respect of
any matter relating to the assignment, who at
any time has been or is a legal, financial or
technical adviser of CERSAI in relation to
any matter concerning the RFP trying to
influence in what so ever manner the
members of the Evaluation Committee, in the
selection process or in contract execution;
(ii) “fraudulent practice” means a
misrepresentation or omission of facts in
order to influence a selection process or the
execution of a contract or negotiation process
RFP –CERSAI IT Consultant
Confidential Property of CERSAI Page 8 of 46
or attempts to mislead a party to obtain
financial or other benefit.
(iii) “collusive practices” means a scheme or
arrangement between two or more Bidders
with or without the knowledge of CERSAI,
designed to establish prices at artificial,
noncompetitive levels;
(iv) “coercive practices” means impairing,
harming or threatening to harm, directly or
indirectly, persons or their property to
influence their participation in a procurement
process, or affect the execution of a contract
or negotiation process;
False and
Misleading
Statement
1.10 CERSAI reserves the right to reject a Proposal at any stage if
it determines that the Bidder recommended for award has,
directly or through an agent, engaged in corrupt, fraudulent,
collusive or coercive practices in competing for the contract
in question.
A Bidder may be disqualified at any stage if found to have
submitted false or misleading information or material or has
made false or misleading declaration in the Proposal.
1.11 A Bidder may submit only one Proposal. The Bidder should
be an individual organization. Consortiums will not be
allowed.
Proposal
Validity
1.12 The Part II Data Sheet indicates how long a Bidder’s
Proposal must remain valid after the submission date.
During this period, the Bidder shall maintain the availability
of Personnel nominated in the Proposal and fully commit to
their Financial Proposal. Should the need arise, CERSAI
may request the Bidders to extend the validity period of
their proposals. Bidders who agree to such extension shall
confirm that they maintain the availability of the Personnel
nominated in the Proposal and fully commit to their
Financial Proposal, unchanged, or in their confirmation of
extension of validity of the Proposal, the Bidder could
submit new staff in replacement, who would be considered
in the final evaluation for award of the Contract. A Bidder
who does not agree to the above, has the right to refuse to
extend the validity of their Proposal. Under such
circumstances, CERSAI shall not consider such proposal for
further evaluation.
2. Clarification and
Amendment of
RFP Document
2.1 A Bidder may request a clarification in the RFP document
up to the number of days indicated in the Data Sheet before
the Proposal submission date. Any request for clarification
must be sent in writing, or by standard electronic means to
RFP –CERSAI IT Consultant
Confidential Property of CERSAI Page 9 of 46
CERSAI’s address indicated in the Data Sheet. CERSAI
will respond in writing by standard electronic means to all
Bidders their response (including an explanation of the
query but without identifying the source of inquiry). Should
CERSAI deem it necessary to amend the RFP as a result of
a clarification, it shall do so following the procedure under
para. 2.2.
2.2 At any time before the submission of Proposals, CERSAI
may amend the RFP by issuing an addendum/corrigendum
in writing or by standard electronic means. The addendum/
corrigendum shall be published on its website and will be
binding on the Bidders. To give the Bidders reasonable time
in which to take an amendment into account in their
Proposals, CERSAI may, if the amendment is substantial,
extend the deadline for the submission of Proposals.
3. Preparation of
Proposals
3.1 The Proposal, as well as all related correspondence
exchanged by the Bidders and CERSAI, shall be written in
English.
3.2 In preparing their Proposal, Bidders are expected to examine
in detail the documents comprising the RFP. Material
deficiencies in providing the information requested may
result in rejection of a Proposal. The Proposal shall consist
of 2 parts (i) Technical Proposal and (ii) Financial Proposal.
3.3 While preparing the Technical Proposal, a Bidder must give
particular attention to the estimated tenure for the
Assignment as shown in the Part II Data sheet. While
making the proposal, the Bidder must ensure that it proposes
expert resources necessary to execute the project as per the
expectations of CERSAI, failing which the proposal shall be
considered as non-responsive.
Technical
Proposal Format
and Content
3.4 The Data Sheet indicates the format of the Technical Proposal
to be submitted. The Technical Proposal shall provide the
information indicated in the following paras using the
Standard Forms prescribed in Section 3.
(a) Description of the Bidder’s organization as per Form
TECH-2 of Section 3
(b) Brief description of the Bidder’s experience on
assignments of a similar nature is required in Form
TECH-3 of Section 3. For each assignment, the outline
should indicate the names of sub-consultants/
professional staff who participated, duration of the
assignment, contract amount, and Bidder’s
involvement. Information should be provided only for
those assignments for which the Bidder legally
contracted as Consultant. Assignments completed by
RFP –CERSAI IT Consultant
Confidential Property of CERSAI Page 10 of 46
individual Professional staff working privately or
through other consulting entities cannot be claimed as
the experience of the Bidder, but can be claimed by the
professional staff themselves in their CVs. A Bidder
should be prepared to substantiate the claimed
experience if so requested by CERSAI.
(c) Description of the technical approach, methodology,
work plan and organization and staffing schedule for
performing the assignment is required. Guidance on
the content of this section of the Technical Proposal
may be found in Form TECH-4 of Section 3.
(d) The list of the proposed professional staff team to be
engaged in this assignment by area of expertise, the
position that would be assigned to each team member,
and their tasks should be disclosed in the format
suggested in Form TECH-5 of Section 3.
(e) CVs of the professional staff signed by the staff
themselves should be submitted as per the format in
Form TECH-6 of Section 3.
(f) Estimates of the staff (including of short-term experts)
input (duration) needed to carry out the assignment as
per Form TECH-7 of Section 3. The person-weeks
input should be indicated separately in the format.
3.5 The Technical Proposal (Original, Copy and Soft Copy)
shall not include any financial information. A Technical
Proposal containing financial information shall be declared
non responsive.
Financial
Proposals
3.6 The Financial Proposal shall be prepared using the attached
Standard Forms (Section 4). It shall list all costs associated
with the assignment, including remuneration for staff and
short-term experts. The financial proposal shall not include
any conditions attached to it and any such conditional
financial proposal shall be summarily rejected.
Taxes 3.7 Bidders are responsible for meeting all applicable tax
liabilities arising out of the Contract and shall include such
taxes in the Financial Proposal.
3.8 Bidders should provide the price of their services in Indian
Rupees.
Earnest Money
Deposit (EMD), and
Performance
Guarantee.
3.9 Earnest Money Deposit
No Earnest Money to be deposited
RFP –CERSAI IT Consultant
Confidential Property of CERSAI Page 11 of 46
3.10 Tender Fees:
All Bidders are required to pay Rs. 5000/- towards tender
fees in the form of Demand Draft drawn in favour of and
payable at Delhi. The tender fee is non-refundable.
3.11 Performance Bank Guarantee
I. The selected Bidder shall be required to furnish a
performance bank guarantee equivalent to 10% of the
contract value rounded off to the nearest thousand Indian
Rupees, in the form of an unconditional and irrevocable bank
guarantee from a scheduled commercial bank in India in
favour of CERSAI, for the entire period of contract with 90
days claim period.
II. The bank guarantee must be submitted after award of
contract but before signing of Contract. The successful
Bidder has to renew the bank guarantee on same terms and
conditions up to the Contract period. Performance bank
guarantee would be returned only after successful
completion of tasks assigned to them and after the claim
period indicated at I. above, and only after
adjusting/recovering any dues recoverable/payable from/by
the Consultant on any account under the Contract.
4. Submission,
Receipt, and
Opening of
Proposals
4.1 The proposal (Technical Proposal and Financial Proposal)
shall contain no interlineations or overwriting, except as
necessary to correct errors made by the Bidders themselves.
The person who signed the proposal must initial each such
correction. Submission letters for the Technical Proposal
and Financial Proposal should respectively be in the format
of TECH-1 of Section 3, and FIN-1 of Section 4,
respectively.
4.2 Only an authorized representative of the Bidder shall initial
all pages of the original Technical and Financial Proposals.
The authorization shall be in the form of a written power of
attorney accompanying the Technical and Financial
Proposals or in any other form demonstrating that the
representative has been duly authorized to sign. The signed
Technical and Financial Proposals shall be marked
“ORIGINAL”.
4.3 The Technical Proposal shall be marked “ORIGINAL” or
“COPY” as appropriate. The Technical Proposals shall be
sent to the addresses referred to and in the number of copies
indicated in the Data Sheet Para 4.2. All required copies of
the Technical Proposal are to be made from the original. If
there are discrepancies between the original and the copies
of the Technical Proposal, the original shall prevail.
4.4 The original and all copies of the Technical Proposal shall
RFP –CERSAI IT Consultant
Confidential Property of CERSAI Page 12 of 46
be placed in a sealed envelope clearly marked “TECHNICAL
PROPOSAL”. Similarly, the original Financial Proposal shall
be placed in a sealed envelope clearly marked “FINANCIAL
PROPOSAL” and the name of the assignment, and with a
warning “DO NOT OPEN WITH THE TECHNICAL
PROPOSAL.” The envelopes containing the Technical
Proposal, Financial Proposals, and Tender Fee shall be
placed into an outer envelope and sealed. CERSAI shall not
be responsible for misplacement, loss or premature opening
if the outer envelope is not sealed and/or marked as
stipulated. This circumstance may be case for Proposal
rejection. If the Financial Proposal is not submitted in a
separate sealed envelope duly marked as indicated above,
this will constitute grounds for declaring the Proposal non-
responsive.
4.5 The Proposals must be sent to the address indicated in the
Data Sheet and received by CERSAI not later than the time
and the date indicated in the Data Sheet, or any extension to
this date in accordance with para. 2.2. Any Proposal
received by CERSAI after the deadline for submission shall
be returned unopened.
4.6 From the time the Proposals are opened to the time the
Contract is awarded, the Bidders shall not contact CERSAI
or any officials of CERSAI on any matter related to its
Technical and/or Financial Proposal. Any effort by Bidders
to influence CERSAI in the examination, evaluation,
ranking of Proposals, and recommendation for award of
Contract may result in the rejection of the Bidders' Proposal.
4.7 CERSAI shall open the Technical Proposal immediately after
the deadline for their submission. The envelopes containing
the Financial Proposal shall remain sealed and securely
stored.
5. Selection
Procedure -
Evaluation of
Technical
Proposals
5.1 The Evaluation Committee while evaluating the Technical
Proposals shall have no access to the Financial Proposals
until the technical evaluation is concluded and the
competent authority accepts their recommendation.
5.2 The Evaluation Committee shall evaluate the Technical
Proposals on the basis of their responsiveness to the Terms
of Reference and by applying the evaluation criteria and
sub-criteria specified in the Data Sheet. In the first stage of
evaluation, a Proposal shall be rejected if it is found
deficient as per the requirement indicated in the Data Sheet
for responsiveness of the proposal. Only responsive
proposals shall be further taken up for evaluation.
Evaluation of the Technical Proposals will be done and at
this stage the Financial Proposals will remain unopened.
RFP –CERSAI IT Consultant
Confidential Property of CERSAI Page 13 of 46
Bidders shall make presentations to the Evaluation
Committee that will also be a component of evaluation. The
qualification of the Bidders and the evaluation criteria for
the Technical Proposal shall be as defined in the Data sheet.
Each responsive Proposal will be given a technical score
(St). A Proposal shall be rejected at this stage if it does not
respond to important aspects of the RFP and particularly the
Terms of Reference or if it fails to achieve the minimum
technical score indicated in the Data Sheet.
Selection
Procedure -
Evaluation of
Financial
Proposals
5.3 Financial Proposal of only those entities who are technically
qualified shall be opened publicly on the date & time
specified on the Data Sheet, in the presence of the
shortlisted Bidders' representatives who choose to attend.
The name of the Bidders, their technical score (if required)
and their Financial Proposal shall be read aloud.
5.4 The Evaluation Committee will correct any computational
errors. When correcting computational errors, in case of
discrepancy between a partial amount and the total amount,
or between word and figures the former will prevail. In
addition to the above corrections, the items described in the
Technical Proposal but not priced, shall be assumed to be
included in the prices of other activities or items.
5.5 In selection of the successful Bidder, the lowest evaluated
Financial Proposal will be given the maximum financial
score (Sf) of 100 points. The financial scores (Sf) of the
other Financial Proposals will be computed as indicated in
the Data Sheet. Proposals will be ranked according to their
combined technical (St) and financial (Sf) scores using the
weights (T = the weight given to the Technical Proposal; F =
the weight given to the Financial Proposal; T + F = 1)
indicated in the Data Sheet: S = St x T% + Sf x F%.
6. Availability of
Professional
staff/experts
6.1 Having selected the Bidder on the basis of, among other
things, an evaluation of proposed Professional staff,
CERSAI expects to sign a Contract on the basis of the
Personnel named in the Proposal. Before contract
negotiations, CERSAI will require assurances that the
Personnel will be actually available. CERSAI will not
consider substitutions unless such substitution is
unavoidable due to reasons such as death or medical
incapacity. If this is not the case and if it is established that
Personnel were offered in the proposal without confirming
their availability, the Bidder may be disqualified. Any
proposed substitute shall have equivalent or better
qualifications and experience than the original candidate and
be submitted by the Bidder within the period of time
specified in the letter of invitation to negotiate.
RFP –CERSAI IT Consultant
Confidential Property of CERSAI Page 14 of 46
7. Award of
Contract
7.1 CERSAI shall issue a letter of award of contract to the
selected Bidder.
7.2 The selected Bidder will sign the contract after fulfilling all
the formalities/pre-conditions mentioned in the standard
form of contract, within 7 days of issuance of the letter of
intent.
7.3 The Consultant is expected to commence the assignment on
the date specified in the Part II Data Sheet.
8.Confidentiality 8.1 Information relating to evaluation of Proposals and
recommendations concerning awards shall not be disclosed
to the Bidders who submitted the Proposals or to other
persons not officially concerned with the process, until the
publication of the award of Contract. The undue use by any
Bidder of confidential information related to the process
may result in the rejection of its Proposal.
RFP –CERSAI IT Consultant
Confidential Property of CERSAI Page 15 of 46
Instructions to Consultants
PART II: Data Sheet
Paragraph
Reference
1.1 Party issuing RFP: Central Registry of Securitisation Asset Reconstruction
and Security Interest of India (CERSAI)
Method of selection: Quality Cost Based Selection [QCBS]
1.2 Name of the Assignment: “Consultancy services to CERSAI for selecting a
service provider to implement and manage the Central Registry IT system”
1.4 The Proposal submission address is:
Central Registry of Securitisation Asset Reconstruction and Security
Interest of India (CERSAI)
2nd Floor, Rear Block,
Jeevan Vihar Building,
3, Parliament Street,
New Delhi 110001
Proposal (Technical Proposal and Financial Proposals in two separate sealed
envelopes, and Tender Fee) must be submitted not later than the following date
and time:
Date: 08-08-2016
Time: 14:00 hrs.
Technical Proposals will be opened on the following date and time:
Date: 08-08-2016
Time: 15:00 hrs.
Contact details:
Naveen Agrawal
Chief Manager (IT)
Phone number: 011 - 23740174
Email address: [email protected]
1.12 Proposals must remain valid for 90 days from the submission date.
2.1 Clarifications may be requested not later than 02-08-2016, from the following
address:
Naveen Agrawal
Chief Manager (IT)
RFP –CERSAI IT Consultant
Confidential Property of CERSAI Page 16 of 46
Phone number: 011 - 23740174
Email address: [email protected]
3.3 The estimated tenure of Contract: Lump-sum Contract for a period of 3
months post Go-Live of the new Central Registry system
3.4
The formats of the Technical Proposal to be submitted are:
TECH-1 Technical Proposal Submission Form
TECH-2 Bidder’s Details
TECH-3 Experience Citations
TECH-4 Description of the Approach, Methodology and Work Plan
TECH-5 Team Composition and Task Assignments
TECH-6 Curriculum Vitae (CV) for Proposed Professional Staff
TECH-7 Staffing Schedule
4.3 Consultant must submit the following:
a) Original and 1 duplicate hard copy and 2 soft copies of the Technical
Proposal, and
b) Only the Original of the Financial Proposal
5.2
Technical Evaluation Criteria :
(i) Previous Experience: 40
Sl.
No
Criteria Points
1 Previous experience of consultant in design of large Government IT
transformation/ e-Governance/ BFSI transformation projects involving
selection of service provider for implementation and maintenance of the
IT systems, with a consultancy value of at least Rs. 25 lakhs in the
previous 10 years. Scoring will be based on relevant project citations:
(>= 10 projects: 20 points; >=5 to <10 projects: 15 points; >=2 to <5
projects: 10 points)
20
2 Previous experience of Consultant in providing project management and
implementation monitoring services for large IT implementations in
Government IT transformation/ e-Governance/ BFSI transformation,
with a consultancy value of at least Rs. 25 lakhs in the previous 10 years.
Scoring will be based on relevant project citations: (>= 10 projects: 20
points; >=5 to <10 projects: 15 points; >=2 to <5 projects: 10 points: <2:
projects: 0 points)
20
3 Total Score for Criterion (i) 40
(ii) Adequacy of the proposed methodology and work plan: 30
Sl.
No
Criteria
Points
1 Technical approach and methodology 20
a) Approach and methodology for the design of the financial model and
project structuring
8
6
b) Approach and methodology for developing and finalizing the business
requirements, functional and technical specifications of the Central
Registry
RFP –CERSAI IT Consultant
Confidential Property of CERSAI Page 17 of 46
6 c) Approach and methodology for providing project implementation
monitoring services and certification of Central Registry
2 Technical Presentation 10
3 Total Score for Criterion (ii) 30
(iii) Key professional staff qualifications and competence for the assignment: 30
Sl.No Team Composition based on Key Areas of Expertise Points
1 IT Expert 6
2 Financial Expert 6
3 Sector Experts (Legal, Banking, Registries) 6
4 Project Management and Implementation Monitoring 6
5 Associate Consultants 6
Total Score for Criterion (iii) 30
In part 5.2 (iii) the key consulting resources and team composition based on the core areas of
expertise required for the Assignment will be evaluated, as described in Section 5 – Terms of
Reference. The number of points to be assigned to each of the above disciplines shall be
determined considering the following three sub-criteria: 1) General qualifications
Sub-criteria
a) Educational qualification and training
b) Number of years of consulting experience
c) Number of years of association with the consulting organization (Consulting
resources are required to have a minimum of 6 months on the payroll of the consulting
organization) 2) Adequacy for the assignment
Sub-criteria
a) Experience as stated in ‘Area of Specific Expertise & Qualification and
Professional Experience
b) Consulting experience in IT Assignments
c) Adequate involvement in the Assignment
Total points for the above criteria (i), (ii), (iii): 100
St = Total points obtained for the above criteria (i), (ii), (iii)
The minimum technical score St required to pass is: 70 Points
5.3
The formula for determining the technical score is as follows:
St = (100 x T / Tm), in which St is the normalized technical score, Tm is the
highest technical score and T is the technical score of the proposal under
consideration.
The formula for determining the financial scores is the following:
Sf = 100 x Fm / F, in which Sf is the financial score, Fm is the lowest price and
F the price of the proposal under consideration.
The weights given to the Technical and Financial Proposals are:
T = 0.30; and F = 0.70
7.3 Expected date for commencement of consulting services: 16-08-2016
RFP –CERSAI IT Consultant
Confidential Property of CERSAI Page 18 of 46
Section 3: Technical Proposal - Standard Forms
Refer to Reference Paragraph 3.4 of the Data Sheet for format of Technical Proposal to be
submitted, and paragraph 3.4 of Section 2 of the RFP for Standard Forms required.
Technical Proposal
TECH-1 Technical Proposal Submission Form
TECH-2 Bidder’s Details
TECH-3 Experience Citations
TECH-4 Description of the Approach, Methodology and Work Plan
TECH-5 Team Composition and Task Assignments
TECH-6 Curriculum Vitae (CV) for Proposed Professional Staff
TECH-7 Staffing Schedule
RFP –CERSAI IT Consultant
Confidential Property of CERSAI Page 19 of 46
FORM TECH-1 TECHNICAL PROPOSAL SUBMISSION FORM
To:
The Chief Operating Officer
Central Registry of Securitisation Asset Reconstruction and Security Interest of India
(CERSAI)
2nd Floor, Rear Block, Jeevan Vihar Building, 3, Parliament Street, New Delhi 110001
Dear Sir:
We, the undersigned, offer to provide consultancy services for selecting a service
provider to implement and manage the Central Registry IT system, in accordance with your
Request for Proposal dated <date> and our Proposal. We are hereby submitting our Proposal,
which includes this Technical Proposal, and a Financial Proposal sealed in a separate
envelope.
We hereby confirm that we have read and understood the Terms and Conditions of the
RFP and all the documents attached therewith. We hereby declare that all the information and
statements made in this Proposal are true and correct and agree that any false or misleading
statement contained in it or declaration made may lead to our disqualification.
Our Proposal is binding upon us upto the expiration of the validity of the proposal.
We agree for unconditional acceptance of all terms and conditions set out in the RFP
(and the subsequent clarifications/corrigendum issued if any).
We undertake, if our Proposal is accepted, to initiate the consulting services related to
the assignment not later than the date indicated in Paragraph Reference 7.3 of the Data Sheet.
We further undertake that in case of contract is awarded to us, we shall submit the
performance guarantee in the form prescribed.
We also agree that CERSAI reserves the right to reject all/any of the bids without
assigning any reason.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
RFP –CERSAI IT Consultant
Confidential Property of CERSAI Page 20 of 46
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Entity:
Address:
Location: _____________________________________Date: _____________
RFP –CERSAI IT Consultant
Confidential Property of CERSAI Page 21 of 46
FORM TECH-2 BIDDER’S DETAILS
[Provide here a brief description of the background and organization of your entity. Also
provide a brief description on the ownership details, date and place of incorporation of the
entity, objectives of the entity etc. Apart from this, also provide information on the Annual
Turnover of the entity for the last 3 financial years as required in the form below]
Organization and Financial Information
1: Details of the Organization
Name
Date of Incorporation
Date of Commencement of Business
Address of the Headquarters
Address of the Registered Office in India
Area of expertise with respect to this
Assignment
Contact details (name, address, phone no. and
email)
2: Financial Information
FY FY FY
Revenue (in INR crores)
Profit Before Tax (in INR crores)
Net Profit (in INR crores)
Revenue from IT Advisory/ IT
Consulting (in INR crores)
Other Relevant Information
Information on Consultants
3: Information on Consultants
Number of IT Consultants on the rolls of the entity
RFP –CERSAI IT Consultant
Confidential Property of CERSAI Page 22 of 46
FORM TECH-3 EXPERIENCE CITATIONS
A – Bidder’s Experience – Selection of System Integrator/ Service Provider
for Large IT Systems
[Using the format below, provide information on each assignment for which your entity was
legally contracted for carrying out consulting services as requested under this assignment.
Bidders should provide all the details (including documentary evidence like copy of work
order/ contract document/ completion certificate from customer/ certificate from auditor/
other customer testimonials including video along with supporting certificate from auditors)
as required in the form. Please provide citations of relevant completed consultancy
assignments covering Project Design, Development of Financial Model, RFP Preparation,
PPP Transaction Advisory, Bid Process Management and Selection of Service Provider for
a large Government IT / e-Governance/ BFSI transformation implementation assignment
with a consultancy value of at least Rs. 25 lakhs in the previous 10 years. In case, the
Bidder does not provide information required by CERSAI, CERSAI shall proceed with
evaluation based on information provided without requesting the Bidder for further
information. Hence, responsibility for providing information as required in this form lies
solely with Bidder.]
Assignment name:
Approx. Value of Contract:
Country:
Location within country:
Duration of assignment (months):
Name of Client:
Total No. of staff-months of the assignment:
Address:
Approx. value of the services provided by your entity
under the contract (in INR):
Start date (month/year):
Completion date (month/year):
No. of professional staff-months provided:
Client Reference and Contact
Details:
Name of senior professional staff of your entity involved
and functions performed (indicate most significant
profiles):
Narrative description of Assignment:
Description of actual services provided by your staff within the assignment:
RFP –CERSAI IT Consultant
Confidential Property of CERSAI Page 23 of 46
B – Bidder’s Experience – Project Management & Implementation
Monitoring Services
[Using the format below, provide information on each assignment for which your entity was
legally contracted for carrying out consulting services as requested under this assignment.
The Bidder should provide all the details (including documentary evidence like copy of work
order/ contract document/ completion certificate from customer/ certificate from auditor/
other customer testimonials including video along with supporting certificate from auditors)
as required in the form. Please provide citations of relevant completed consultancy
assignments providing Project Management and Implementation Monitoring Services for a
large Government IT / e-Governance/ BFSI transformation implementation as required by
this RFP with a consultancy value of at least Rs. 25 lakhs in the previous 10 years. In case,
the Bidder does not provide information required by CERSAI, CERSAI shall proceed with
evaluation based on information provided without requesting the Bidder for further
information. Hence, responsibility for providing information as required in this form lies
solely with the Bidder.]
Assignment name:
Approx. Value of Contract:
Country:
Location within country:
Duration of assignment (months):
Name of Client:
Total No. of staff-months of the assignment:
Address:
Approx. value of the services provided by your entity
under the contract (in INR):
Start date (month/year):
Completion date (month/year):
No of professional staff-months provided by associated
Consultants:
Client Reference and Contact
Details:
Name of senior professional staff of your entity involved
and functions performed (indicate most significant
profiles):
Narrative description of Assignment:
Description of actual services provided by your staff within the assignment:
RFP –CERSAI IT Consultant
Confidential Property of CERSAI Page 24 of 46
FORM TECH-4 DESCRIPTION OF APPROACH, METHODOLOGY AND
WORK PLAN
[Technical approach, methodology and work plan are key components of the Technical Proposal. You
are suggested to present your Technical Proposal divided into the following chapters:
a) Technical Approach and Methodology,
b) Work Plan, and
c) Organization and Staffing
d) Providing Consulting Resources on a Person-Month Basis
a) Technical Approach and Methodology.
In this chapter you should explain your understanding of the objectives of the assignment,
approach to the services, methodology for carrying out the activities and obtaining the
expected output, and the degree of detail of such output.
b) Work Plan.
In this chapter you should propose the main activities of the assignment, their content and
duration, milestones (including interim approvals by CERSAI), and delivery dates of the
reports. The proposed work plan should be consistent with the technical approach and
methodology, showing understanding of the TOR and ability to translate them into a feasible
working plan. A list of the final documents, including reports, drawings, and tables to be
delivered as final output, should be included here.
c) Organization and Staffing.
In this chapter you should propose the structure and composition of your team including
billed and non-billed supervisory, expert, and consulting resources. You should list the main
disciplines of the assignment, the key experts responsible, and proposed supervisory and
support staff. The supervisory and support staff profiles shall be different from the experts
required in Section 5.2 (iii) of the Data Sheet. The details of these resources shall be given in
Form TECH -5. The responsibilities of the supervisory and support staff along with their
interactions with the consulting team that is deployed and with CERSAI management shall be
clearly highlighted in the proposal and if their contribution to the assignment has been
directly billed or not.
RFP –CERSAI IT Consultant
Confidential Property of CERSAI Page 25 of 46
FORM TECH-5 TEAM COMPOSITION AND TASK ASSIGNMENTS
[List all the proposed resources and the composition of your team including billed and non-
billed supervisory, expert, consulting and support staff, along with their areas of expertise,
position and task assigned for the proposed project.]
Name Areas of
Expertise
Position
Assigned Task Assigned
Billed/ Non-billed
RFP –CERSAI IT Consultant
Confidential Property of CERSAI Page 26 of 46
FORM TECH-6 CURRICULUM VITAE (CV) FOR PROPOSED
PROFESSIONAL STAFF
1. Proposed Position [only one candidate shall be nominated for each position Expert]:
2. Name of Staff [Insert full name]:
3. Date of Birth: Nationality:
4. Education [Indicate college/university and other specialized education of staff member, giving names of
institutions, degrees obtained, and dates of obtainment]:
5. Total No. of years of experience:
6. Total No. of years with the entity [should be on the payroll of the entity for a minimum 6 months]:
7. Areas of expertise and no. of years of experience in this area (as required for the
position):
8. Certifications and Trainings attended:
9. Details of Involvement in assignments listed in FORM TECH-3 (only if involved in the
same):
10. Employment Record [Starting with present position, list in reverse order, giving for each employment
(see format here below): dates of employment, name of employing organization, positions held. Past
employment that is not relevant to the assignment does not need to be included.]:
From [Year]: To [Year]:
Employer:
Positions held:
11. Detailed Tasks Assigned
[List all tasks to be performed
under this assignment]
12. Relevant Work Undertaken that Best Illustrates the
experience as required for the Role
[Among the assignments in which the staff has been
involved (current and previous), indicate the following
RFP –CERSAI IT Consultant
Confidential Property of CERSAI Page 27 of 46
[List the deliverables under
this assignment in which the
proposed will be involved]
information for those assignments that best illustrate
staff capability to handle the tasks listed under point 11
and as required for the role as listed in ‘List of the key
professional positions whose CV and experience would
be evaluated’.]
Current Assignment:
Name of assignment:
Year:
Location:
Employer:
Main assignment features:
Positions held:
Value of assignment (approximate value or range
value): __________
Activities performed:
Previous Assignments:
Name of assignment:
Year:
Location:
Employer:
Main assignment features:
Positions held:
Value of assignment (approximate value or range
value): __________
Activities performed:
13. Certification:
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly
describes my qualifications, my experience, and myself. I understand that any wilful
misstatement described herein may lead to my disqualification or dismissal, from the
assignment if engaged.
Date: [Signature of staff member or authorized representative of the staff] Day/Month/Year
Full name of authorized representative:
RFP – CERSAI IT Consultant
Confidential Property of CERSAI Page 28 of 46
FORM TECH-7 STAFFING SCHEDULE
No Name of Staff1
Role / Position Proposed Duration in days/ weeks Total
person-
weeks
1 2 3 4 n Total
1
2
3
N
1 Duration should be indicated individually for each consulting resource and expert; for Supervisory and Support Staff it
should be indicated by category
RFP – CERSAI IT Consultant
Confidential property of CERSAI Page 29 of 46
Section 4: Financial Proposal - Standard Forms
[Comments in brackets [ ] provide guidance to the Bidders for the preparation of their
Financial Proposals; they should not appear on the Financial Proposals to be submitted.]
Financial Proposal Standard Forms shall be used for the preparation of the Financial
Proposal according to the instructions provided under para. 3.6 of Section 2.
FIN-1 Financial Proposal Submission Form
FIN-2 Summary of Costs
FIN-3 Breakdown of Costs
RFP – Central Registry IT Consultant
Confidential Property of CERSAI Page 30 of 46
30
FORM FIN-1 FINANCIAL PROPOSAL SUBMISSION FORM
To:
The Chief Operating Officer
Central Registry of Securitisation Asset Reconstruction and Security Interest of India 2nd Floor, Rear Block, Jeevan Vihar Building, 3, Parliament Street, New Delhi 110001
Dear Sir:
We, the undersigned, offer to provide consultancy services for selecting a service
provider to implement and manage the Central Registry IT system, in accordance with
your Request for Proposal dated <date> and our Technical Proposal. Our attached
Financial Proposal is for the sum of [Insert amount(s) in words and figures]. The amount
of the local taxes, as identified/estimated is shown in the summary separately.
We hereby confirm that we have read and understood the Standard Terms and
Conditions of the RFP and all the documents attached therewith and fully understand
implications thereof.
Our Financial Proposal shall be binding upon us up to expiration of the validity
period of the Proposal.
We agree for unconditional acceptance of all terms and conditions set out in the
RFP ( and the subsequent clarifications/corrigendum issued if any).
We undertake, if our Proposal is accepted, to initiate the consulting services
related to the assignment not later than the date indicated in Paragraph Reference 7.3 of
the Data Sheet.
We further undertake that in case of contract is awarded to us, we shall submit the
performance guarantee in the form prescribed.
We also agree that CERSAI reserves the right to reject all/any of the bids without
assigning any reason.We hereby certify that we have taken steps to ensure that no person
acting for us or on our behalf will engage in bribery. We undertake that, in competing for
(and, if the award is made to us, in executing) the above contract, we will strictly observe
the laws against fraud and corruption in force in India namely “Prevention of Corruption
Act, 1988”.
We understand you are not bound to accept any Proposal you receive.
RFP – Central Registry IT Consultant
Confidential Property of CERSAI Page 31 of 46
31
We remain,
Yours sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Entity:
Address:
RFP – Central Registry IT Consultant
Page 33 of 46 Page 33 of 46
FORM FIN-2 SUMMARY OF COSTS
Financial Proposal for providing Consultancy services
Item Costs
In INR
1. Total cost for providing consultancy services for selection of service
provider to implement and manage the Central Registry IT system
2. Applicable taxes
Total Amount of Financial Proposal (including taxes)
RFP – Central Registry IT Consultant
Confidential Property of CERSAI Page 34 of 46
34
FORM FIN-3 BREAKDOWN OF COSTS
Name Position Person-month
Rate (A)
Proposed total
No. of Person-
months (B)
Total Amount
in INR (A*B)
RFP – Central Registry IT Consultant
Confidential Property of CERSAI Page 35 of 46
35
Section 5: Terms of Reference
1. Introduction
3.11The objective of Central Registry of Securitisation Asset Reconstruction and Security
Interest of India (CERSAI) is to maintain and operate an IT system for registering
transactions of securitisation, asset reconstruction of financial assets and creation of
security interest over property, as defined in the Securitisation and Reconstruction of
Financial Assets and Enforcement of Security Interest Act, 2002.
3.12The Central Registry has been operational since March 2011, and till date banks and
financial institutions have used the platform for filing over 12 million registrations of
transactions of securitisation, asset reconstruction and security interests of equitable
mortgages.
3.13The Central Registry also provides a facility for the general public to search and inspect
the records maintained by the Registry on payment of fees prescribed under the
Securitisation and Reconstruction of Financial Assets and Enforcement of Security
Interest (Central Registry) Rules, 2011.
2. Background of CERSAI IT System
2.1 Since the start of its operations in March 2011, CERSAI IT System has expanded
significantly. There are nearly 209,000 registered users on the system with over 15
million records entered as of date.
2.2 The scope of the system has also expanded from its initial brief of recording transactions
of creation of equitable mortgages on immovable properties, to registration of
transactions of asset reconstruction, of securitization and of registration of assignment of
receivables (the latter under the Factoring Regulation Act 2011) and Vide DFS, MoF
notification dated 22.01.2016 for filing of Security interest on movables/intangible assets,
security interest in immovable property by mortgage other than mortgage by deposit of
title deeds and security interest in any under construction residential or commercial
building or a part thereof by an agreement or instrument other than by mortgage are also
required to be registered on CERSAI portal.
RFP – Central Registry IT Consultant
Confidential Property of CERSAI Page 36 of 46
36
Table 1: Registration of equitable mortgages on CERSAI
Table 2: Registration of factoring transactions on CERSAI
REGISTRATION STATUS 31-03-2013 31-03-2014 31-03-2015 30-06-2016
Number of registrations carried out 1722 5431 8208 13754
Number of users registered 72 77 90 417
2.3 Tata Consultancy Services (TCS) is the current vendor to CERSAI for the Central
Registry IT system. The solution implemented by TCS is based on the following
considerations:
i. All data will be online for a period of 27 years
ii. The total number of transactions/records in the system will be 10 Crores
iii. Approximately 9000 records will be created on a daily basis
iv. Approximately 20000 searches will happen in a day
2.4 The TCS solution includes the following components:
1. Hardware:
a. Sun Sparc Enterprise servers
b. CISCO switches and routers
c. PCs and printers
2. Software:
a. TCS proprietary software solutions for the search utility
b. Database solution from Oracle
c. Security products from Symantec and TCS
d. Mail messaging solution
e. Reporting solution from Synaptris
f. Application server solution from Red Hat
REGISTRATION STATUS 31-03-2013 31-03-2014 31-03-2015 30-06-2016
Number of registrations (new) 2,400,650 4,014,190 6,181,824 8,851,333
Number of registrations (subsisting) 5,856,965 6,477,070 6,792,849 6,805,569
Total number of registrations carried out 8,257,615 10,491,260 12,974,673 15,656,902
Number of users registered 113,426 134,864 173,177 209,880
RFP – Central Registry IT Consultant
Confidential Property of CERSAI Page 37 of 46
37
2.5 In addition to the IT system, TCS is providing Help Desk, Data Center and Disaster
Recovery Center establishment and management support under this contract. The TCS
team has also provided training support to CERSAI management and officers as well as
to the users of the Central Registry system on a regular basis.
3. Increasing the scope of CERSAI
3.1 CERSAI IT System will require additional functionality such as the following:
(i) Registration of agreement to sell (already started)
(ii) Registration of security interests on movable assets (already started)
(iii) Registration of other types of mortgages, including intangibles like IPRs. (already
started)
(iv) Integration with other electronic registries such as State land registries and Central
Government registries in the nature of Registrar of Companies, Aadhaar, etc. and
with Bank CBS and Credit Bureaus, Stamp Duty Offices, etc.
(v) Integration with other loosely coupled systems that are external to the Central
Registry such as DRT IT Systems, and Bank SARFAESI Case Monitoring
Systems
3.2 The implementation of this additional functionality will facilitate transparency in the
financial sector and increase the confidence of lenders that, the properties in which they
take security interests have no prior encumbrances and that their priority vis-à-vis other
lenders in the property will be assured as well. This expansion of scope will also mean
that the number of users accessing the IT system will grow significantly as with the
number of registrations.
4. Scope of Work for Consultant
4.1 The scope of consultancy services shall include:
(i) Providing transaction advisory services for selection of the IT Service Provider
(concessionaire) for implementing and managing the new Central Registry, by
developing a suitable financial model, preparation of the bidding documents
(RFP) and conducting the bidding process in a manner that ensures:
RFP – Central Registry IT Consultant
Confidential Property of CERSAI Page 38 of 46
38
a) maximum competition while avoiding unrealistic bids and project
vulnerability from overly aggressive bidding or lack of bidding
b) participation by the best available companies in the bidding process;
c) financing of the capital cost by the concessionaire; and
d) optimizing the revenue potential
(ii) Designing a transaction-based financial model for implementation and operation
of the IT system by the IT Service Provider, taking into account estimated capital
and operating costs, zero capital outflows from CERSAI, and reasonable
estimation of likely revenues
(iii) Reviewing the business requirements, functional and technical specifications
developed by CERSAI for the new Central Registry and finalizing the same with
necessary modifications
(iv) Ensuring smooth transition of existing system to new system before the end of the
contract with the incumbent vendor without loss of data and on real time basis
(v) Providing Project Management services, including implementation and post-
implementation monitoring, validation, and certification of Central Registry
transition, readiness to Go-Live and operational stability
4.2 Development of Transaction-based Financial Model:
(i) The consultant shall develop a financial model including all assumptions for
capital expenditure (capex), operations and maintenance (opex) costs with
justification, current and projected transaction volumes and revenue generation
projections.
(ii) The consultant shall take into account the following aspects while designing the
financial model: CERSAI's existing business model, business & financial models
for other transaction-based systems (such as NSDL PAN, Aadhaar), and views of
CERSAI users and stakeholders such as RBI, IBA, etc.
(iii) The financial model shall be based upon aspects such as TCO, zero capital
outflows from CERSAI and opex-based payment streams to the service provider
linked to pre-determined goals against SLAs.
(iv) The model shall also include sensitivity analysis and outputs such as projected
financial statements - balance sheet, cash flow, income statement, key ratio
analysis, Financial Internal Rate of Return (FIRR), etc.
RFP – Central Registry IT Consultant
Confidential Property of CERSAI Page 39 of 46
39
(v) The model shall enable CERSAI to objectively measure the expected revenues,
expected costs, benefits, legal and policy implications, and risks of the proposed
financial model.
(vi) Identify and propose strategies through which innovative registry-based services
and other value-added services can be offered by the Central Registry, based on a
business model.
(vii) Identify various types of revenue streams arising out transactions from the Central
Registry and prepare a reasonable estimation of the likely revenues of the
concessionaire [from the transactions fees collected from the Central Registry and
from other sources of revenues, if any]. The consultant shall propose various
options for optimizing such revenues.
(viii) Conduct appropriate economic cost-benefit analysis to assess Value-for-Money
(VFM)
(ix) Based on the above, the consultant shall prepare the final financial model for
inclusion into the RFP, which is capable of achieving sustainable operational and
financial viability for the Central Registry system, thereby balancing Value for
Money for CERSAI and viability for the private sector.
4.3 Finalization of Business Requirements, Functional and Technical Specifications:
(i) CERSAI has formulated the business requirements, functional and technical
specifications of the new Central Registry IT system. The consultant shall review,
validate and propose modifications to the same, taking into account all aspects of
the new Central Registry system, including but not limited to: the work flows,
registrations and searching of immovable and movable collateral, integration with
other systems, registries and databases, application software, middleware,
database, IT infrastructure requirements, service levels, etc.
(ii) The consultant shall review, assess and make necessary modifications to the
system architecture developed by CERSAI for the new Central Registry and
ensure that it conforms to international best practices in collateral registries while
also taking into consideration additional requirements for introduction of movable
assets and integration with other registries, banks, credit bureaus, etc.
(iii) Based on inputs from CERSAI, the consultant shall finalize the requirements
specifications that shall form the basis for preparation of the RFP for selection of
the IT Service Provider.
RFP – Central Registry IT Consultant
Confidential Property of CERSAI Page 40 of 46
40
4.4 RFP Development and Bid Process Management:
(i) The Consultant shall develop the Request for Proposal (RFP) for selection of IT
Service Provider to implement, and manage the Central Registry. The RFP
bidding documents shall include:
a) finalized business requirements, functional, technical and operational
specifications of the Central Registry;
b) scope of work for the IT Service Provider;
c) terms and conditions and eligibility criteria;
d) technical bid formats and commercial bid formats based on the agreed
financial model;
e) technical and financial evaluation criteria;
f) SLA and concession agreement including relevant Schedules.
(ii) The Consultant shall prepare the RFP conforming to the Government of India
guidelines on procurement of goods & services.
(iii) The consultant shall assist CERSAI in the bid process management for selection
of the IT Service Provider (concessionaire) from among the bidders and till the
signing of the concession agreement, and undertake the following activities:
a) Support CERSAI in release of the EOI and/or RFP tender notice
b) Support CERSAI in conducting pre-bid conferences
c) Compile response to bid queries and clarifications, and make presentations
before the Evaluation Committee
d) Design the RFP evaluation criteria
e) Pre-qualification evaluation
f) Evaluation of the technical bids, conduct briefings and presentations to the
Evaluation Committee
g) Evaluation of the commercial bids
h) Compile the evaluation reports and recommend the best bidder
(concessionaire)
i) Support CERSAI in execution the concession agreement.
j) Manage multiple rounds of bidding and bid process management activities,
in case the RFP process does not elicit the required participation from
bidders
RFP – Central Registry IT Consultant
Confidential Property of CERSAI Page 41 of 46
41
(iv) The consultant shall submit comprehensive bid evaluation reports, consisting of
Pre-qualification evaluation, Technical evaluation, and Commercial evaluation
(v) The consultant shall also provide a report to CERSAI, describing the activities
that have been undertaken by them to maximize the success of the RFP bid
process, such as:- market briefings, outreach to potential vendors, etc.
4.5 Transition Planning:
(i) The Consultant shall develop the strategy for the new service provider to smoothly
transition the entire suite of applications, infrastructure and services under the
existing Central Registry services beyond the contract period of the incumbent
operator and ensure business continuity and performance for a period of 6 months.
(ii) The transition plan shall clearly articulate the details of the responsibilities of the
new service provider during the transition and the details of the exit management
responsibilities of the current operator
(iii) The consultant shall also identify potential risks, set out possible mitigation
approaches, and identify specific tasks that the Service Provider will need to
undertake to mitigate identified risks associated with the transition.
4.6 Project Management Services and Certification of Central Registry:
(i) The consultant shall provide project management services for the Central
Registry, including implementation and post-implementation monitoring,
validation, and certification of Central Registry transition completion, readiness to
Go-Live and operational stability within 3 months post Go-Live.
(ii) The scope of work of the consultant, inter-alia, shall include the following:
a) Monitoring adherence to timelines and assist CERSAI in overseeing the
entire Central Registry implementation and transition of the system from
the incumbent service provider to the new service provider
b) Review and validate the complete project plan, including plan for
procurement, installation, commissioning, Go-Live and operational
stability, prepared by the service provider/ implementation partners,
through use of industry-standard Project management and monitoring tools
c) Review and validate all deliverables prepared by the service provider/
other implementation partners, for conformance to RFP requirements,
ensure finalization, and recommend for CERSAI approval of the same
RFP – Central Registry IT Consultant
Confidential Property of CERSAI Page 42 of 46
42
d) Undertake on behalf of CERSAI the User Acceptance Testing (UAT) of
the application software, by preparing test cases, test database, imparting
training to CERSAI-designated testers, documenting the defects, and
troubleshooting its resolution with the service provider.
e) Scrutinize the complete bill of materials provided by service provider/
implementation partners, and provide necessary recommendations/
assistance to CERSAI for sign-offs on the same
f) Monitor and verify the procurement, installation, configuration, and
commissioning activities of the service provider/ implementation partners
related to the IT infrastructure components of the Central Registry, and
provide the necessary management reports to CERSAI on these activities
g) Verify the software agreements and licenses, including software updates,
and upgrades that are procured as per the bill of materials.
h) Design the parameters and methodology for load and stress testing of
application software and IT infrastructure conforming to attributes such as
throughput and response times, scalability, integration, and
interoperability.
i) Design the processes, checklists and modalities required for certifying the
completion of implementation, completion of successful transition, Go-
Live readiness of Central Registry and operational stability of the registry
within 3 months post Go-Live
j) Prepare methodology, framework, and procedures for measurement of
Service Level Agreement (SLA) parameters and user satisfaction, and
recommend industry-standard tools for SLA monitoring
k) Ensure knowledge transfer and training to CERSAI-designated officials on
the SLA monitoring tools
l) Prepare terms of reference and methodology for engaging 3rd Party
auditors for undertaking system, networking, security assessments and
audits.
m) Verify and validate the standard operating procedures put in place by
service provider.
RFP – Central Registry IT Consultant
Confidential Property of CERSAI Page 43 of 46
43
5. Timelines and Payment Schedule for Deliverables
The timelines and payment schedule for the deliverables based on the above scope of
work are:
Deliverable
No.
Deliverable Timelines
(in weeks)
Payment
Schedule
D1 Transaction-based Financial Model for the New
Central Registry System
T + 3 weeks 10%
D2 Finalized Business, Functional and Technical
Requirements Specifications for the New
Central Registry System
T + 4 weeks 10%
D3 Request for Proposal (RFP) for Selection of IT
Service Provider
T + 5 weeks 10%
D4 Upon Successful Completion of Bid Process
Management and Execution of Concessionaire
Agreement with IT Service Provider
As per RFP
process
timelines
10%
D5 Project Implementation Monitoring Reports As per
implementation
timelines
40%
D6 Certification of Transition Completion, Go-Live
Readiness, and Operational Stability of the
Central Registry
As per
implementation
timelines
20%
T is project kick-off date
RFP – Central Registry IT Consultant
Confidential Property of CERSAI Page 44 of 46
44
6. Key Consulting Resources
A team consisting of five resources as mentioned below and other support executives is to
be organized based on area of expertise. The consultant entity shall take the complete
responsibility of adequately staffing the team with full-time and part-time resources
taking into account the different areas of expertise required for executing and delivering
the assignment.
S
No
Area of
Expertise
Team Composition (with mandatory qualifications and
professional expertise)
1 IT Expert
Qualifications:
Master’s degree in computer science/ engineering from a
reputed institute
Professional Expertise:
10+ years in software engineering and/or product
development experience, including design and
development of web-based applications
IT/ System Architect with relevant qualifications,
certifications and expertise in designing large-scale
transaction oriented web-based projects (with project value
greater than 20 crores) in Government/ BFSI sectors.
Expertise in the design and development of high
performance web-based applications with database
intensive operations.
2 Financial Expert
Qualifications:
MBA/ CA/ CFA or equivalent from a reputed institute
Professional Expertise:
15+ years in banking/ financial services domain involving
financial structuring of projects, model preparation, risk
analysis
Expertise in preparation of financial/ revenue model and/or
bid documents for 5 eligible assignments, involving
RFP – Central Registry IT Consultant
Confidential Property of CERSAI Page 45 of 46
45
transaction-based models
Expertise in development of financial models for PPP
projects in at least 2 eligible projects
3 Sector Experts
(Legal, Banking,
Registries.)
Qualifications:
Post-graduate degree/ degree in relevant discipline from a
reputed institute
Professional Expertise:
Should have worked as sector expert for at least 3 eligible
assignments
Banking expert with specialized secured transactions
knowledge in the areas of secured lending and credit risk
for small businesses in banks, collateral management
companies, factors, etc.
Expertise in legal and regulatory frameworks, SARFAESI
legislation, credit risk and contracts. Familiarity with the
practices and procedures followed by the banks/ financial
institutions in creation and perfection of various kinds of
‘security interest’ (as defined in the SARFAESI Act,
2002).
Expertise in preparation of concession agreement
documents, contract negotiation and successful project
closure of at least 2 PPP projects.
4 Associate
Consultants
Qualifications:
Master’s degree in business administration/ mathematics/
statistics/ computer science/ economics/ finance from a
reputed institute
Professional Expertise:
5+ years in consulting and advisory services to
Governments/ BFSI sectors
Process expert in business process design and re-
engineering, business requirements definition for at least 3
large projects in the Banking/BFSI domain
RFP – Central Registry IT Consultant
Confidential Property of CERSAI Page 46 of 46
46
Expertise in Government/ BFSI consulting projects
involving preparation of financial model, RFP preparation,
and bid process management for at least 2 eligible
assignments.
5 Project
Management
and
Implementation
Monitoring
Qualifications:
CA/ Master’s degree in business administration/ finance
from a reputed institute
Professional Expertise:
Project Manager with relevant qualifications and
certifications such as PRINCE2, PMI and 15 years of
relevant experience of leading a team with more than 10
consultants, meeting tight timelines and ensuring quality of
the deliverables.
Expertise in project development on PPP basis including
familiarity with project and financial structuring, risk
management and successful project implementation
Expertise in RFP procurement and bid process
management of system integrators/service providers for
large IT transformation Projects in the BFSI/ Government
domain.
Expertise in project implementation monitoring and
providing handholding support for large IT transformation
Projects in the BFSI/ Government domain.
Top Related